Keyboard Enterable Version of R1152209P1 (DOC)

Total Page:16

File Type:pdf, Size:1020Kb

Keyboard Enterable Version of R1152209P1 (DOC)

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Page 1 of 44 Table of Contents Procurement Authority...... 4 Project Funding Source...... 4 Scope of Work...... 4 Submittal Instructions...... 5 Required Forms...... 6 For Additional Project Information Contact:...... 7 Evaluation Process...... 7 Review Responses...... 7 Evaluation Criteria...... 9 Cone of Silence...... 10 Demonstrations...... 10 Presentations...... 10 Pricing...... 10 Negotiation and Award...... 10 Public Art and Design Program...... 11 Posting of Solicitation and Proposed Contract Awards...... 11 Vendor Protest...... 11 Rejection of Responses...... 12 Public Records and Exemptions...... 12 Copyrighted Materials...... 13 Local Preference...... 13 State and Local Preferences...... 14 Right of Appeal...... 14 Negotiations...... 14 Projected Schedule...... 14 Responsiveness Criteria...... 15 Definition of a Responsive Proposer:...... 15 1. Lobbyist Registration - Certification...... 15 Responsibility Criteria...... 16 Definition of Responsible Proposer...... 16 1. Office of Economic and Small Business Development Program...... 16 2. Financial Information...... 16 3. Litigation History...... 17 4. Authority to Conduct Business in Florida...... 17 5. Exhibit 2 – Billable Hour Excel Spreadsheet...... 18 Employment Verification Program (E-Verify)...... 18 Evaluation Criteria...... 19 Project-Specific Criteria...... 19 Company Profile...... 21 Legal Requirements...... 24 Tiebreaker Criteria...... 27 Required Forms to be Returned...... 30 Attachment “F” - Domestic Partnership Certification...... 31 Attachment “G” - Lobbyist Registration – Certification...... 32 Attachment “I” - Litigation History...... 33 Attachment “J” - Insurance Requirements...... 34 Attachment “K” - Cone of Silence Certification...... 35 Attachment “M” - Drug Free Workplace Policy Certification...... 36 Attachment “N” - Non-Collusion Statement Form...... 37 Page 2 of 44 Attachment “P” - Local Vendor Certification...... 38 Attachment “Q” - Volume of Work Over Five Years...... 39 Exhibits...... 40 Exhibit 1 - Detailed Scope of Work...... 41 Exhibit 2 - Billable Hourly Rates...... 43

Balance of Page Left Blank Intentionally

Page 3 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Request for Proposals (RFP) RFP Number: R1152209P1 Economic Impact Analysis of the Broward County Convention Center (BCCC) Expansion and Headquarters Hotel Procurement Authority

Unchecked boxes do not apply to this solicitation.

Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Proposals for consideration to provide services on the following project: Standard Request for Proposals Construction General Contractor: Two-Step Process - (Step 1) Issue RFP to Short list firms - (Step 2) Issue Invitation for Bids to Shortlisted firms to obtain bids Establish Library of Firms for Services Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Proposals for consideration to provide Construction Manager at Risk Services on the following project. Standard Construction Manager at Risk Construction Manager at Risk (Modified): Two Step Process - (Step 1) Issue RFP to Short list firms (Step 2) Issue Invitation for Bids to Shortlisted firms to obtain bids Project Funding Source

This project is funded in whole or in part by:

County Funds Scope of Work

Broward County and the Greater Fort Lauderdale Convention and Visitors Bureau are seeking a qualified consulting firm to provide an economic impact analysis from the construction and operation of the Convention Center expansion and headquarter hotel project on Broward County and the City of Fort Lauderdale. The study should provide a projection of net new demand and associated spending by reviewing the economic and tax revenue impacts of the following:

• Project construction, taking into consideration labor, materials and equipment required to complete the project

• Operation of the headquarters hotel project

Page 4 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

• Enhanced performance of the Convention Center as a result of the project. Additional details are provided in Exhibit 1 – Detailed Scope of Work. Submittal Instructions

Unchecked boxes do not apply to this solicitation.

Only interested firms from the Sheltered Market may respond to this solicitation.

This solicitation is open to the general marketplace. Interested firms may supply requested information in the “Evaluation Criteria” section by typing right into the document using Microsoft Word. Firms may also prepare responses and any requested ancillary forms using other means but following the same order as presented herein. Submit eight (8) CDs, containing the following files: CD or DVD discs included in the submittal must be finalized or closed so that no changes can be made to the contents of the discs.

IT IS IMPORTANT THAT EACH CD BE LABELED WITH THE COMPANY NAME, RFP NUMBER AND TITLE, AND THEN PLACED IN AN INDIVIDUAL DISC ENVELOPE.

1. A single PDF file that contains your entire response with each page of the response in the order as presented in the RFP document, including any attachments. 2. Responses to the Evaluation Criteria questions are to be provided in the following formats: a. Microsoft Word for any typed responses. b. Microsoft Excel for any spreadsheets Submit five (5) total printed copies (hard copies) of your response. It is the responsibility of each firm to assure that the information submitted in both its written response and CDs are consistent and accurate. If there is a discrepancy, the information provided in the written response shall govern.

This is of particular importance in the implementation of the County's tiebreaker criteria. As set forth in Section 21.31.d of the Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the firm's response to the solicitation. Therefore, in order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the written submittal.

Balance of Page Left Blank Intentionally

Page 5 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Required Forms

This Request for Proposal requires the following CHECKED forms to be returned: (Please initial each Attachment being returned)

Documents submitted to satisfy responsiveness requirement(s) indicated with an (R) must be attached to the RFP submittal and returned at the time of the opening deadline.

Verification of return (Please Initial) Attachment A Proposers Opportunity List Removed – Not Included Attachment B Letter of Intent (CBE) Removed – Not Included Attachment D Application For Evaluation Removed – Not Included of Good Faith Effort Attachment B Letter of Intent (DBE) Removed – Not Included Attachment D DBE Unavailability Report Removed – Not Included Attachment E Vendor’s List (Non-Certified Subcontractors and Suppliers Information) Removed – Not Included Attachment F Domestic Partnership Certification ______Attachment G Lobbyist Registration – Certification(R) ______Attachment H Employment Eligibility Verification Program Contractor Certification Removed – Not Included Attachment I Litigation History ______Attachment J Insurance Requirements ______Attachment K Cone of Silence Certification ______Attachment L Living Wage Ordinance Removed – Not Included Attachment M Drug Free Workplace Policy Certification ______Attachment N Non-Collusion Statement Form ______Attachment O Scrutinized Companies List Certification Removed – Not Included Attachment P Local Vendor Certification ______Attachment Q Volume of Work Over Five Years ______Attachment R Proposal Bond Removed – Not Included Attachment S Certificate As To Corporate Principal Removed – Not Included Attachment T Pricing Sheets Removed – Not Included

Page 6 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Send all requested materials to: Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 RE: RFP Number: R1152209P1

The Purchasing Division must receive submittals no later than 5:00 pm on Wednesday, October16, 2013. Purchasing will not accept electronically transmitted, late, or misdirected submittals. If fewer than three interested firms respond to this solicitation, the Director of Purchasing may extend the deadline for submittal by up to four (4) weeks. Submittals will only be opened following the final submittal due date.

For Additional Project Information Contact:

Additional Project Specific Information Contact: Project Manager – Carlos Puentes Phone: 954-914-1668 Email: [email protected]

Procurement Process Related Information Contact: Purchasing Agent – Mitch Cohen Phone: 954-357-5517 E-mail: [email protected]

Evaluation Process

An Evaluation Committee (EC) will be responsible for recommending the most qualified firm(s). The process for this procurement may proceed in the following manner:

Review Responses

The Purchasing Division delivers the RFP submittals to agency staff for summarization for the Evaluation Committee members. The Office of Economic and Small Business Development staff evaluates submittals to determine compliance with the Office of Economic and Small Business Development Program requirements, if applicable. Agency staff will prepare an analysis report which includes a matrix of responses submitted by the firms. This may include a technical review, if applicable.

Staff will also identify any incomplete responses. The Director of Purchasing will review the information provided in the matrix and will make a recommendation to the Evaluation Committee as to each firm’s responsiveness to the requirements of the RFP. The final determination of responsiveness rests solely on the decision of the Evaluation Committee. Page 7 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

At any time prior to award, the awarding authority may find that an offeror is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the offeror has breached or failed to perform a contract, claims history of the offeror, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an offeror.

Balance of Page Left Blank Intentionally

Page 8 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Evaluation Criteria The following list of Evaluation Criteria total 100 points. Subsequent pages will further detail and define the Evaluation Criteria which are summarized with their numerical point ranges. Maximum Evaluation Criteria - Project Specific Criteria Number of Points 1) Ability of Professional Personnel - Describe the qualifications and relevant experience of the Project Manager and all key personnel that are most likely to be assigned to this proposed project 25 for the prime. Include resumes for the Project Manager and all key personnel described. Include the qualifications and relevant experience of all sub-consultants to be used in this project. 2) Past Performance - Describe firm’s experience on projects of comparable nature, scope, complexity and duration along with evidence of satisfactory completion, both on time and within budget, for the past five (5) years regarding the Prime proposer. Include the following for each project; a. Project name b. Location 25 c. Date of completion, (month, year) d. Company role and responsibility for the project. e. List Firm's project manager and other key professionals involved on the project. f. Provide references including contact name, title, organization, address, phone and email address for all cited projects completed and active. 3) Describe the firm's approach to this proposed project. Provide a chart schedule and describe major milestones for achieving the schedule and any other recommendations that may directly impact the schedule. Describe how your firm would develop cost estimates and controls, indicating 20 how they are updated, providing specific examples of successful recommendations implemented and cost containment strategies used to maintain project budget without sacrificing quality.

4) Volume of Work Previously Awarded to Each Firm - List all projects, including project number, with Broward County during the past five (5) years – completed and active, with regard to the Prime Proposer only. Volume of Work also includes Amendments, Purchase Orders, Change Orders and Work Authorizations. $0 - $150,000 = 10 Points 10 $150,001 - $300,000 = 8 Points $300,001 - $500,000 = 6 Points $500,001 - $750,000 = 4 Points $750,001 - $1,000,000 = 2 Points Over $1,000,000 = 0 Points 5) References and Performance Evaluations - Named references provided by the proposer and 15 Performance Evaluations. 6) Willingness to Meet Time, 25 business days, and Budget Requirements - State your firm’s 5 willingness to keep project total costs within the $30,000 project budget ceiling. (Yes = 5 / No = 0)

TOTAL NUMBER OF POINTS 100

Please note that prices may be negotiated in the best interest of the County after the scoring is completed.

Page 9 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Cone of Silence

At the time of the Evaluation Committee appointment (which is typically prior to the advertisement of the solicitation document) in this RFP process, a Cone of Silence will be imposed. Section 1-266, Broward County Code of Ordinances as revised, provides that after Evaluation Committee appointment, potential vendors and their representatives are substantially restricted from communicating regarding this RFP with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff, or any person appointed to evaluate or recommend selection in this RFP process. For communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the Initial Evaluation Committee Meeting. After the application of the Cone of Silence, inquiries regarding this RFP should be directed to the Director of Purchasing or designee.

The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

Demonstrations

If this box is checked, then this project will lend itself to an additional step where all firms demonstrate the nature of their offered solution. After receipt of submittals, all firms will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD or a combination of both) should be given to the Purchasing Agent at the meeting to retain in the Purchasing files. Presentations

If this box is checked, all firms that are found to be both responsive and responsible to the requirements of the RFP will have an opportunity to make an oral presentation to the EC on the firm’s approach to this project and the firm’s ability to perform. The EC may provide a list of subject matter for the discussion. The firms will have equal time to present but the question-and-answer time may vary.

Pricing

Unchecked boxes do not apply to this solicitation. Price will be considered in the final evaluation and rating of the qualified firms. Firms are asked to state their willingness to keep project total costs below the $30,000 project budget ceiling and to complete Exhibit 2 Billable Hour rate sheet. County staff and the top ranked firm will negotiate fees for pre-construction services during the Negotiation Phase of this process. Generally, the Parties negotiate a Guaranteed Maximum Price (GMP) for construction services during the course of pre-construction services.

Negotiation and Award

The Purchasing Negotiator, assisted by County staff, will attempt to negotiate a contract with the first ranked firm. If an impasse occurs, the County ceases negotiation with the firm and begins Page 10 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 negotiations with the next-ranked firm. The final negotiated contract will be forwarded to the awarding authority for approval.

Public Art and Design Program

Unchecked boxes do not apply to this solicitation. Section 1-88, as amended, of the Broward County Code (of Ordinances) contains the requirements for the Broward County’s Public Art and Design Program. It is the intent of Broward County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The proposer may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. (For additional information contact the Broward County Cultural Division).

Posting of Solicitation and Proposed Contract Awards

The Broward County Purchasing Division's website is the official location for the County's posting of all solicitations and contract award results. It is the obligation of each vendor to monitor the website in order to obtain complete and timely information. The website is located at http://www.broward.org/Purchasing/Pages/SolicitationResult.aspx

Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a vendor intends to protest a solicitation or proposed award of a contract and state in part the following: (a) Any protest concerning the proposal or other solicitation specifications or requirements must be made and received by the County within seven (7) business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements. (b) Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the proposal opening, shall be submitted in writing and received by the County within five (5) business days from the posting of the recommendation of award on the Purchasing Division's website. (c) Any actual or prospective proposer or offeror who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award on the Purchasing Division's website.

(d) For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a solicitation or proposed contract award shall be a waiver of the vendor's right to protest. (e) Protests arising from the decisions and votes of an Evaluation Committee shall be limited to Page 11 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 protests based upon the alleged deviations from established Committee procedures set forth in the Broward County Procurement Code and existing written Guidelines. Any allegations of misconduct or misrepresentation on the part of a competing vendor shall not be considered a protest. (f) As a condition of initiating any RFP protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

Rejection of Responses

The Evaluation Committee may recommend rejecting all proposals in the best interests of the County. The rejection shall be made by the Director of Purchasing except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

Public Records and Exemptions

Broward County is a public agency subject to Chapter 119, Florida Statutes. As required by Chapter 119, Florida Statutes, the Contractor and all sub-contractors for services shall comply with Florida's Public Records Law. Specifically, the Contractor and sub-contractors shall:

1. Keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service; 2. Provide the public with access to such public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed that provided in Chapter 119, Fla. Stat., or as otherwise provided by law; 3. Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 4. Meet all requirements for retaining public records and transfer to the County, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the agency. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Any firm that intends to assert any materials to be exempted from public disclosure under Chapter 119, Florida Statutes must submit the document(s) in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. Page 12 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

CD or DVD discs included in the submittal must also comply with this requirement and separate any materials claimed to be confidential. Failure to provide this information at the time of submittal and in the manner required above may result in a recommendation by the Director of Purchasing that the response is non- responsive.

Any claim of confidentiality on materials that the firm asserts to be exempt and placed elsewhere in the submittal will be considered waived by the firm upon submission, effective after opening.

Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project.

Please be aware that submitting confidential material may impact full discussion of your submittal by the Evaluation Committee because the Evaluation Committee will be unable to talk about the details of the confidential material(s) at the public Evaluation Committee meeting.

Copyrighted Materials

Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

Local Preference

In accordance with Broward County Ordinance No. 2004-29, the Broward County Board of County Commissioners provides a local preference. This preference includes any county with which the Broward County Board of County Commissioners has entered into an inter-local agreement of reciprocity. Except where otherwise provided by federal or state law or other funding source restrictions, a local proposer whose submittal is within 5% of the highest total ranked proposer outside of the preference area will become the firm with whom the County will proceed with negotiations for a final contract. Local business means the vendor has a valid occupational license issued by the county within which the vendor conducts their business at least one year prior to bid or proposal opening, that authorizes the business to provide the goods, services or construction to be purchased and a physical address located within the limits of said county, in an area zoned for the conduct of such business, from which the vendor operates or performs business on a day-to-day basis that is a substantial component of the goods or services being offered. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing a physical address.

Page 13 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the County's Local Preference Ordinance and Procurement Code will not be applied in the procurement process.

Right of Appeal

Pursuant to Section 21.83 of the Broward County Procurement Code, any vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Code.

The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Evaluation Committee to be deemed timely. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a person having standing to protest and must comply with all other requirements of this section. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

Negotiations

It is the County’s intent to conduct the first negotiation meeting no later than two (2) weeks after approval of the final ranking as recommended by the Committee. At least one of the representatives for the firm participating in negotiations with the County must be authorized to bind the firm.

In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the firm) an impasse will be declared and negotiations with the first-ranked firm will cease. Negotiations will begin with the next ranked firm, etc. until such time that all requirements of Procurement Code, Section 21.85.c.8 have been met.

Projected Schedule

RFP Advertised Date: September 26, 2013 RFP Open Date: October 16, /2013 Combination Evaluation Meeting: November 8, 2013 http://www.broward.org/Commission/Pages/SunshineMeetings.aspx Please check this website for any changes to the above tentative schedule.

Balance of Page Left Blank Intentionally

Page 14 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Responsiveness Criteria

Definition of a Responsive Proposer:

In accordance with Broward County Procurement Code Section 21.8.b.66, a Responsive Proposer means a person who has submitted a proposal which conforms in all material respects to a solicitation. The proposal of a Responsive Proposer must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below, at the time of submittal opening may result in a recommendation of non-responsive by the Director of Purchasing. The Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

***NOTICE TO PROPOSERS***

Proposers are invited to pay strict attention to the following requirements of this RFP. The information being requested in this section is going to be used by the Evaluation Committee during the evaluation process and further consideration for contract award. Please be aware that proposers have a continuing obligation to provide the County with any material changes to the information being requested in this RFP.

1. Lobbyist Registration - Certification

A vendor who has retained a lobbyist(s) to lobby in connection with a competitive solicitation shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies, see Attachment G, that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances. If, after awarding a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon investigation determines that the error was willful or intentional on the part of the vendor, the County may, on the basis, exercise any contractual right to terminate the contract for convenience.

The Lobbyist Registration Certification Form (Attachment G) should be completed and returned at the time of the RFP opening deadline and included within the submittal document.

Page 15 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Responsibility Criteria

Definition of Responsible Proposer

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsible Proposer or Offeror means an offeror who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Evaluation Committee will recommend to the awarding authority a determination of a firm’s responsibility. At any time prior to award, the awarding authority may find that an offeror is not responsible to receive a particular award. The following criteria shall be evaluated in making a determination of responsibility:

1. Office of Economic and Small Business Development Program

(See Office of Economic and Small Business Development Program requirements below).

Office of Economic and Small Business Development Program Requirements In accordance with Ordinance No. 2012-33, Broward County Business Opportunity Act of 2012, the County Business Enterprise (CBE) Program shall apply to this contract. All proposers responding to this solicitation shall utilize, or attempt to utilize, CBE firms in performing the contract in at least the assigned percentage amount for this solicitation. The assigned CBE participation goal for this contract is listed below.

In accordance with the Acts, participation for this contract is as follows:

Business Enterprise Category Assigned Participation Goal County Business Enterprise (CBE) 0%

No goals have been assigned to this project.

2. Financial Information

All firms are required to provide Broward County the firm's financial statements at the time of submittal in order to demonstrate the firm's financial capabilities. Failure to provide this information at the time of submittal may result in a recommendation by the Director of Purchasing that the response is non-responsive. Each firm shall submit its most recent two (2) years of financial statements for review. The financial statements are not required to be audited financial statements.

Page 16 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Although the review of a vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements as stated in the Evaluation Criteria and Public Record and Exemptions sections may result in a recommendation of non-responsive by the Director of Purchasing.

3. Litigation History

A The County will consider a vendor's litigation history information in its review and determination of responsibility. All vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the vendor, any parent or subsidiary of the vendor, or any predecessor organization. If the vendor is a joint venture, the information provided should encompass the joint venture (if it is not newly-formed for purposes of responding to the solicitation) and each of the entities forming the joint venture.

Although the review of a vendor's litigation history is an issue of responsibility, the failure to provide litigation history as required in the Evaluation Criteria may result in a recommendation of non-responsive by the Director of Purchasing.

4. Authority to Conduct Business in Florida

A Florida corporation or partnership is required to provide evidence with its response that the firm is authorized to transact business in Florida and is in good standing with the Florida Department of State. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent.

A foreign (out-of-state) corporation or partnership is required to provide evidence with its response that the firm is authorized to transact business in Florida and is in good standing with the Florida Department of State. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent.

A joint venture is required to provide evidence with its response that the joint venture, or at least one of the joint venture partners, is authorized to transact business in Florida and is in good standing with the Florida Department of State. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent. However, the joint venture is required to provide evidence prior to contract execution that the joint venture is authorized to transact business in Florida and provide the County with a copy of the joint venture Agreement. A joint venture is also required to provide with its response a Statement of Authority indicating that the individual submitting the joint venture’s proposal has the legal authority to bind the joint venture. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent.

Page 17 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

5. Exhibit 2 – Billable Hour Excel Spreadsheet

Posted separately is a Billable Hour Excel Spreadsheet titled Exhibit 2, which is to be completed, as instructed, and returned with your RFP submittal. These rates will be used as the basis for justifying the lump sum proposed project cost.

Failure to provide the County with any of the above referenced information at the required time may be cause for the response to the solicitation to be deemed non- responsible.

Additionally, the awarding authority may consider the following factors, without limitation: debarment or removal from the authorized vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the offeror has breached or failed to perform a contract, claims history of the offeror, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an offeror.

Employment Verification Program (E-Verify)

Unchecked boxes do not apply to this solicitation. This service is funded by the State of Florida. Therefore, you are required to complete and return the attached “Employment Eligibility Verification Program Contractor Certification” (Attachment H).

Balance of Page Left Blank Intentionally

Page 18 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Evaluation Criteria

With regard to the Evaluation criteria, each firm has a continuing obligation to provide the County with any material changes to the information requested. The County reserves the right to obtain additional information from interested firms.

Evaluation Criteria – Provide answers below. If you are submitting a response as a joint venture, Project-Specific Criteria you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. 1. Ability of Professional Personnel - Describe the qualifications and relevant experience of the Project Manager and all key personnel that are most likely to be assigned to this proposed project for the Prime. Include resumes for the Project Manager and all key personnel described. Include the qualifications and relevant experience of all sub-consultants to be used in this project.

2. Past Performance - Describe firm’s experience on projects of comparable nature, scope, complexity and duration along with evidence of satisfactory completion, both on time and within budget, for the past five (5) years regarding the Prime proposer. Include the following for each project; a. Project name b. Location c. Date of completion, (month, year) d. Company role and responsibility for the project. e. List Firm's project manager and other key professionals involved on the project. f. Provide references including contact name, title, organization, address, phone and email address for all cited projects completed and active.

Page 19 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

3. Describe the firm's approach to this proposed project. Provide a chart schedule and describe major milestones for achieving the schedule and any other recommendations that may directly impact the schedule. Describe how your firm would develop cost estimates and controls, indicating how they are updated, providing specific examples of successful recommendations implemented and cost containment strategies used to maintain project budget without sacrificing quality. See Exhibit 1 – Scope of Work 4. Volume of Work Previously Awarded to Each Firm - List all projects, including project number, with Broward County during the past five (5) years – completed and active, with regard to the Prime Proposer only. Volume of Work also includes Amendments, Purchase Orders, Change Orders and Work Authorizations.

5. References and Performance Evaluations - Named references provided by the proposer and Performance Evaluations. 6. Willingness to Meet Time and Budget Requirements - State your firm’s willingness to YES NO keep project total costs below the $30,000 project budget ceiling. (Yes = 5 / No = 0)

Balance of Page Left Blank Intentionally

Page 20 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Evaluation Criteria – Provide answers below. If you are submitting a response as a Company Profile joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. 1. Supply legal firm name, headquarters address, local office addresses, state of incorporation, and key firm contact names with their phone numbers and e-mail addresses. 2. Supply the interested firm’s federal ID number and Dun and Bradstreet number. 3. Is the interested firm legally authorized, pursuant to YES NO the requirements of the Florida Statutes, to do business in the State of Florida? 4. All firms are required to provide Broward County the firm's financial statements at the time of submittal in order to demonstrate the firm's financial capabilities.

Failure to provide this information at the time of submittal may result in a recommendation by the Director of Purchasing that the response is non-responsive. Each firm shall submit its most recent two (2) years of financial statements for review. The financial statements are not required to be audited financial statements. With respect to the number of years of financial statements required by this RFP, the firm must fully disclose the information for all years available; provided, however, that if the firm has been in business for less than the required number of years, then the firm must disclose for all years of the required period that the firm has been in business, including any partial year-to-date financial statements. The County may consider the unavailability of the most recent year’s financial statements and whether the firm acted in good faith in disclosing the financial documents in its evaluation. Any claim of confidentiality on financial statements should be asserted at the time of submittal. (see below)

Page 21 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

*****ONLY “IF” claiming Confidentiality***** The financial statements should be submitted in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. CD or DVD discs included in the submittal must also comply with this requirement and separate any materials claimed to be confidential. Failure to provide this information at the time of submittal and in the manner required above may result in a recommendation by the Director of Purchasing that the response is non-responsive. Furthermore, proposer’s failure to provide the information as instructed may lead to the information becoming public.

Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project. Litigation History Requirement: 5. The County will consider a vendor's litigation history information in its review and determination of responsibility. All vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the vendor, any parent or subsidiary of the vendor, or any predecessor organization. If the vendor is a joint venture, the information provided should encompass the joint venture (if it is not newly-formed for purposes of responding to the solicitation) and each of the entities forming the joint venture. For purpose of this disclosure requirement, a “case” includes lawsuits, administrative hearings and arbitrations. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

1. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; 2. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; 3. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; Page 22 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

4. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or 5. A criminal proceeding or hearing concerning business- related offenses in which the vendor or its principals (including officers) were/are defendants.

Notwithstanding the descriptions listed in paragraphs 1 – 5 above, a case is not considered to be "material" if the claims raised in the case involve only garnishment, auto negligence, personal injury, workers' compensation, foreclosure or a proof of claim filed by the vendor. For each material case, the vendor is required to provide all information identified, on the attached “Litigation History” form. (Attachment I)

A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the vendor's subcontractors/subconsultants proposed to work on this project.

Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the vendor being deemed non- responsive. Prior to making such determination, the vendor will have the ability to clarify the submittal and to explain why an undisclosed case is not material. 6. Has the interested firm, its principals, officers, or YES NO predecessor organization(s) been debarred or suspended from bidding by any government during the last three (3) years? If yes, provide details. 7. Has your company ever failed to complete any work YES NO awarded to you? If so, where and why? 8. Has your company ever been terminated from a YES NO contract? If so, where and why? Insurance Requirements: 9. Attached is a sample Certificate of Insurance Attachment J. It reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal but it is necessary to submit certificates indicating that the firm currently carries the insurance or to submit a letter from the carrier indicating upgrade availability.

Page 23 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Evaluation Criteria – Provide answers below. If you are submitting a response as a Legal Requirements joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. 1. Standard Agreement Language: YES (Agree) Identify any standard terms and conditions with which the NO interested firm cannot agree. The standard terms and conditions for the resulting contract can be located at: If no, you need to specifically identify the terms and http://www.broward.org/Purchasing/Documents/caf202.pdf conditions with which you are taking exception since they will be discussed with the If you do not have computer access to the internet, call the Evaluation Committee. Please Project Manager for this RFP to arrange for mailing, pick be aware that taking exceptions up, or facsimile transmission. to the County’s standard terms and conditions may be viewed unfavorably by the Evaluation Committee and ultimately impact the overall evaluation of your submittal. 2. Cone of Silence: This County’s ordinance prohibits certain communications among vendors, county staff, and Evaluation Committee members. Identify any violations of this ordinance by any members of the responding firm or its joint venturers. The firm(s) submitting is expected to sign and notarize the Cone of Silence Certification (Attachment K). 3. Public Entity Crimes Statement: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit an offer to perform work as a consultant or contract with a public entity, and may not transact business with Broward County for a period of 36 months from the date of being placed on the convicted vendor list. Submit a statement fully describing any violations of this statute by members of the interested firm or its joint venturers. Page 24 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

4. No Contingency Fees: By responding to this solicitation, each firm warrants that it has not and will not pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure an agreement pursuant to this solicitation. For Breach or violation of this provision, County shall have the right to reject the firm’s response or terminate any agreement awarded without liability at its discretion, or to deduct from the agreement price or otherwise recover the full amount of such fee, commission, percentage, gift, or consideration. Submit an attesting statement warranting that the Responder has not and will not pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure an agreement pursuant to this solicitation. 5. DRUG FREE WORKPLACE: 1. Do you have a drug free workplace policy? 1. YES NO 2. If so, please provide a copy of your drug free workplace policy in your proposal. 3. Does your drug free workplace policy comply with 3. YES NO Section 287.087 of the Florida Statutes?

4. If your drug free workplace policy complies with Section 4. YES NO 287.087 of the Florida Statutes, please complete the Drug Free Workplace Policy Certification Form. (Attachment M) 5. If your drug free workplace policy does not comply with Section 287.087of the Florida Statutes, does it comply 5. YES NO with the drug free workplace requirements pursuant to Section 21.31.a.2 of the Broward County Procurement Code? 6. If so, please complete the attached Drug Free Workplace Policy Certification Form (Attachment M).

7. If your drug free workplace policy does not comply with 7. YES NO Section 21.31.a.2 of the Broward County Procurement Code, are you willing to comply with the requirements Section 21.31.a.2 of the Broward County Procurement Code? 8. If so, please complete the attached Drug Free Workplace Policy Certification Form. (Attachment M)

Failure to provide a notarized Certification Form in your proposal indicating your compliance or willingness to comply with Broward County's Drug Free Workplace requirements as stated in Section Page 25 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

21.31.a.2 of the Broward County Procurement Code may result in your firm being ineligible to be awarded a contract pursuant to Broward County's Drug Free Workplace Ordinance and Procurement Code

6. Non-Collusion Statement: By responding to this solicitation, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose on the attached “Non-Collusion Statement Form” (Attachment N) to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135(1) (c), Florida Statutes (1989), who is an officer or director of, or had a material interest in, the vendor’s business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code. 7. Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a bid, proposal or response to a Broward County solicitation for goods or services in an amount equal to or greater than $1 million. The certification form is referenced as “Scrutinized Companies List Certification” (Attachment O) and should be completed and submitted with your proposal but must be completed and submitted prior to award.

Balance of Page Left Blank Intentionally

Page 26 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Evaluation Criteria – Provide answers below. If you are submitting a response as a joint Tiebreaker Criteria venture, you must respond to each question for each entity forming the joint venture. Furthermore, to receive credit for a tiebreaker criterion, each entity forming the joint venture must meet the tiebreaker criteria. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

LOCATION in BROWARD COUNTY 1. Is your firm located in Broward County? 1. YES NO 2. Does your firm have a valid current Broward 2. YES NO County Local Business Tax Receipt?

3. Has your firm (a) been in existence for at least 3. YES NO six (6) months prior to the proposal opening (b) providing services on a day to day basis (c) at a business address physically located within the limits of Broward County (d) in an area zoned for such business and (e) the services provided from this location are substantial component of the services offered in the firm's proposal? If so, please provide the interested firm's business address in Broward County, telephone number(s), email address, evidence of the Broward County Local Business Tax Receipt and complete the attached Local Vendor Certification Form. (Attachment P)

Failure to provide a valid Broward County Local Business Tax Receipt and the attached notarized Certification Form in your proposal shall prevent your firm from receiving credit under Broward County's tiebreaker criteria of Section 21.31.d of the Broward County Procurement Code and, if applicable, shall prevent your firm from receiving any preference(s) allowed under Broward County's Local Preference Ordinance.

Page 27 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

DOMESTIC PARTNERSHIP ACT

1. Do you have a domestic partnership program? 1. YES NO 2. If so, please provide a copy of your domestic partnership program in your proposal and complete Attachment F “Domestic Partnership 2. YES NO Certification Form.” Failure to provide a notarized Certification Form indicating in your proposal shall prevent your firm from receiving credit for having such a program under Broward County's tiebreaker criteria of Section 21.31.d of the Broward County Procurement Code.

3. Does your domestic partnership program provide benefits which are the same or 3. YES NO substantially equivalent to those benefits offered to other employees in compliance with the Broward County Domestic Partnership Act of 2011, Broward County Ordinance # 2011-26, as amended?

Failure to provide a notarized Certification Form in your proposal indicating that the company provides domestic partnership benefits which are the same or substantially equivalent to the requirements of the Broward County Domestic Partnership Act of 2011, Broward County Ordinance # 2011-26, as amended, shall prevent your firm from receiving any preference(s) allowed under the Act if applicable to this solicitation. VOLUME OF WORK OVER FIVE YEARS $ Vendor that has the lowest dollar volume of work previously awarded by the County over a five (5) year period from the date of the submittal will receive the tie breaker preference. The work shall include any amount awarded to any parent or subsidiary of the vendor, any predecessor organization and any company acquired by the vendor over the past five (5) years. If the vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. Volume of work also includes Purchase Orders, Change Orders Page 28 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

and Work Authorizations. If applicable complete Attachment Q. (Report only amounts awarded as Prime Vendor) To be considered for the Tie Break preference, this completed Attachment Q must be included with the RFP Submittal Response at the time of the opening deadline.

Balance of Page Left Blank Intentionally

Page 29 of 44 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Required Forms to be Returned

(Forms that follow this Title Page that need to be returned, i.e. Attachments F, G, I, etc.)

Balance of Page Left Blank Intentionally

Page 30 of 44 Attachment “F” - Domestic Partnership Certification

NOTE: This Form must be completed in order to be considered for a contract award. Additionally, in order to receive credit for “tie breaker” purposes, this Form must be returned with the RFP submittal at the time of the opening.

The Vendor, by virtue of the signature below, certifies that it is aware of the requirements of Broward County’s Domestic Partnership Act, (Section 16-1/2 -157 of the Broward County Code of Ordinances, as amended); and certifies the following: (Please check only one below).

1. The Vendor currently complies with the requirements of the County’s Domestic Partnership Act and provides benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees’ spouses

2. The Vendor will comply with the requirements of the County’s Domestic Partnership Act at time of contract award and provide benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees’ spouses

3. The Vendor will not comply with the requirements of the County’s Domestic Partnership Act at time of award

4. The Vendor does not need to comply with the requirements of the County’s Domestic Partnership Act at time of award because the following exception(s) applies: (Please check only one below).

The Vendor’s price proposal for the initial contract term is $100,000 or less.

The Vendor employs less than five (5) employees.

The Vendor is a governmental entity, not-for-profit corporation, or charitable organization.

The Vendor is a religious organization, association, society, or non-profit charitable or educational institution.

The Vendor does not provide benefits to employees’ spouses.

The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in compliance with the Act stating the efforts taken to provide such benefits and the amount of the cash equivalent.)

The Vendor cannot comply with the provisions of the Domestic Partnership Act because it would violate the laws, rules or regulations of federal or state law or would violate or be inconsistent with the terms or conditions of a grant or contract with the United States or State of Florida. Indicate the law, statute or regulation. (State the law, statute or regulation and attach explanation of its applicability.)

I, ______, ______of ______(Name) (Title) (Vendor) hereby attests that I have the authority to sign this notarized certification and certify that the above-referenced information is true, complete and correct.

______Signature

______Print Name SWORN TO AND SUBSCRIBED BEFORE ME this ______day of ______, 20___

STATE OF ______COUNTY OF ______

______My commission expires: ______(SEAL) Notary Public (Print, type or stamp commissioned name of Notary Public)

Personally Known ______or Produced Identification ______Type of Identification Produced: ______

Page 31 of 44 Attachment “G” - Lobbyist Registration – Certification

This certification form should be completed and submitted with your proposal. If not included with the RFP submittal at the time of the RFP opening deadline, the Lobbyist Certification Form must be completed and returned by a date and time certain established by the County.

The Vendor, by virtue of the signature below, certifies that:

a. It understands if it has retained a lobbyist(s) to lobby in connection with a competitive solicitation, it shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances; and

b. It understands that if, after awarding a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon investigation determines that the error was willful or intentional on the part of the vendor, the County may, on that basis, exercise any contractual right to terminate the contract for convenience.

Based upon these understandings, the vendor further certifies that: (Check One)

1.______It has not retained a lobbyist(s) to lobby in connection with this competitive solicitation; however, if retained after the solicitation, the County will be notified..

2.______It has retained a lobbyist(s) to lobby in connection with this competitive solicitation and certified that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances.

3.______It is a requirement of this solicitation that the names of any and all lobbyists retained to lobby in connection with this solicitation be listed below:

______Print Name of Lobbyist Print Lobbyist’s Firm

______Print Name of Lobbyist Print Lobbyist’s Firm

______(Vendor Signature) ______STATE OF ______(Print Vendor Name)

COUNTY OF ______

The foregoing instrument was acknowledged before me this ____day of ______, 20___, by

______as ______of (Name of person whose signature is being notarized) (Title)

______known to me to be the person described herein, or who produced (Name of Corporation/Company)

______as identification, and who did/did not take an oath. (Type of Identification) NOTARY PUBLIC: ______My commission expires: ______(Signature) ______(Print Name) Page 32 of 44 Attachment “I” - Litigation History

Vendor : ______RFP#:______Vendor’s Parent Company:______MATERIAL CASE SYNOPSIS Vendor’s Subsidiary Company:______

Vendor’s Predecessor Organization: ______

Party Plaintiff Defendant

Case Name Case Number

Date Filed

Name of Court or other tribunal

Civil Administrative/Regulatory Type of Case Criminal Bankruptcy Claim or Cause of Action and Brief description of each Count Brief description of the Subject Matter and Project Involved

Disposition of Case Pending Settled Dismissed

Judgment Vendor’s Favor (Attach copy of any applicable Judgment, Settlement Agreement Judgment Against Vendor and Satisfaction of Judgment.) If Judgment Against, is Judgment Satisfied? Yes No Name:

Email: Opposing Counsel Phone number:

NAME OF COMPANY: ______

Page 33 of 44 Attachment “J” - Insurance Requirements

Page 34 of 44 Page 35 of 44

Attachment “K” - Cone of Silence Certification

The undersigned vendor hereby certifies that:

1. _____ the vendor has read Broward County's Cone of Silence Ordinance, Section 1-266, Article xiii, Chapter 1 as revised of the Broward County Code; and

2. _____ the vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Evaluation Committee (for Requests for Proposals - RFPs) or Selection Committee (for Request for Letters of Interest - RLIs) for communication regarding this RFP/RLI with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

3.______the vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

______(Vendor Signature)

______(Print Vendor Name)

STATE OF ______

COUNTY OF ______

The foregoing instrument was acknowledged before me this ____day of ______, 20___, by

______as ______of (Name of person whose signature is being notarized) (Title)

______known to me to be the person described herein, or who produced (Name of Corporation/Company)

______as identification, and who did/did not take an oath. (Type of Identification)

NOTARY PUBLIC:

______

(Signature)

______My commission expires: ______(Print Name)

Page 36 of 44 Attachment “M” - Drug Free Workplace Policy Certification

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

1. _____ THE VENDOR HAS A DRUG FREE WORKPLACE POLICY AS IDENTIFIED IN THE COMPANY POLICY ATTACHED TO THIS CERTIFICATION.

AND/OR

2. _____ THE VENDOR HAS A DRUG FREE WORKPLACE POLICY THAT IS IN COMPLIANCE WITH SECTION 287.087 OF THE FLORIDA STATUTES.

AND/OR

3. _____ THE VENDOR HAS A DRUG FREE WORKPLACE POLICY THAT IS IN COMPLIANCE WITH THE BROWARD COUNTY DRUG FREE WORKPLACE ORDINANCE # 1992-08, AS AMENDED, AND OUTLINED AS FOLLOWS:

(a) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (b) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The offeror's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (a); (d) Notifying all employees, in writing, of the statement required by subparagraph (a), that as a condition of employment on a covered contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five (5) days after such conviction. (e) Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (d) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (f) Within 30 calendar days after receiving notice under subparagraph (d) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs (a) through (f). OR

4.____ THE VENDOR DOES NOT CURRENTLY HAVE A DRUG FREE WORKPLACE POLICY BUT IS WILLING TO COMPLY WITH THE REQUIREMENTS AS SPECIFIED IN NO. 3 ______(VENDOR SIGNATURE)

______(PRINT VENDOR NAME) STATE OF ______

COUNTY OF ______

The foregoing instrument was acknowledged before me this ____day of ______, 20___, by

______as ______of (Name of person whose signature is being notarized) (Title)

______known to me to be the person described herein, or who produced (Name of Corporation/Company)

______as identification, and who did/did not take an oath. (Type of Identification) NOTARY PUBLIC:

______(Signature) ______My commission expires: ______(Print Name)

Page 37 of 44 Attachment “N” - Non-Collusion Statement Form

By signing this offer, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose below, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Fla. Stat. (1989), who is an officer or director of, or has a material interest in, the vendor’s business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor.

Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

NAME RELATIONSHIP

______

______(Vendor Signature)

______(Print Vendor Name)

In the event the vendor does not indicate any names, the County shall interpret this to mean that the vendor has indicated that no such relationships exist.

(Form is to be signed even if no names are listed)

Page 38 of 44 Attachment “P” - Local Vendor Certification

Tiebreaker Criteria (or Local Preference if Applicable)

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

1. _____ THE VENDOR IS A LOCAL VENDOR IN BROWARD COUNTY AND HAS A VALID BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT WHICH IS ATTACHED TO THIS CERTIFICATION

AND

2. _____ THE VENDOR IS A LOCAL VENDOR IN BROWARD COUNTY AND:

(a) Has been in existence for at least six (6) months prior to the proposal opening;

(b) Provides services on a day to day basis at a business address physically located within the limits of Broward County and in an area zoned for such business; and

(c) The services provided from this location are a substantial component of the services offered in the vendor's proposal.

AND/OR

3. _____ THE VENDOR IS A LOCAL VENDOR IN BROWARD OR MIAMI-DADE COUNTY AND HAS A VALID CORRESPONDING COUNTY LOCAL BUSINESS TAX RECEIPT WHICH IS ATTACHED TO THIS CERTIFICATION AND:

(a) Has been in existence for at least ONE YEAR prior to the proposal opening;

(b) Provides services on a day to day basis at a business address physically located within the limits of Broward or Miami-Dade County and in an area zoned for such business; and

(c) The services provided from this location are a substantial component of the services offered in the vendor's proposal. ______(VENDOR SIGNATURE)

______(PRINT VENDOR NAME) STATE OF ______

COUNTY OF ______

The foregoing instrument was acknowledged before me this ____day of ______, 20___, by

______as ______of (Name of person whose signature is being notarized) (Title)

______known to me to be the person described herein, or who produced (Name of Corporation/Company)

______as identification, and who did/did not take an oath. (Type of Identification)

NOTARY PUBLIC:

______(Signature)

______My commission expires: ______(Print Name)

Page 39 of 44 Attachment “Q” - Volume of Work Over Five Years

Tie Breaker Criteria Broward County Projects

The work shall include any amount awarded to any parent or subsidiary of the vendor, any predecessor organization and any company acquired by the vendor over the past five (5) years. If the vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. (Report only amounts awarded as a Prime Vendor including any Amendments, Purchase Orders, Change Orders and Work Authorizations) IF no work has been performed, show a Grand Total of $0

Solicitation Broward Contract County Item Project Title Date Awarded Awarded Number Bid – Department No. Dollar Quote – RLI - or Division Amount RFP 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Grand Total

Page 40 of 44 Exhibits

Balance of Page Left Blank Intentionally

Page 41 of 44 Exhibit 1 - Detailed Scope of Work

Broward County Convention Center Expansion and Headquarters Hotel Economic Impact Analysis Scope of Work

Purpose

The purpose of this project is to estimate the economic impact created by the construction and operation of an expanded convention center and headquarters hotel project upon the Greater Fort Lauderdale (city of Fort Lauderdale and Broward County) economy. The study should provide a projection of net new demand and associated spending by reviewing the economic and tax revenue impacts of the following:

 Project construction, taking into consideration labor, materials and equipment required to complete the project

 Operation of the headquarters hotel project

 Enhanced performance of the Convention Center as a result of the project.

Project Description

Broward County seeks to create a self-contained destination by October 1, 2017, which leverages the Convention Center’s prime waterfront location, proximity to one of the world’s busiest cruise ports – Port Everglades, and easy access to area beaches, interstate highways, and three international airports. The Convention Center expansion and headquarters hotel project will position the Convention Center to better serve its existing client base and attract new state, regional, and national conventions and tradeshows.

A 2013 Needs Assessment and Marketing Study conducted by HVS Convention, Sports & Entertainment Facilities Consulting (see link below) is the basis for expanding the current 600,000 sq. ft. convention center by an additional 120,000 sq. ft. of multi-purpose, ballroom, and meeting spaces. An additional 100,000 to 120,000 sq. ft. expansion of exhibit space is also under consideration. The expanded Convention Center would also include additional public spaces such as lounges and plazas; light retail spaces, casual food and beverage outlets; restaurant, bar and entertainment venues; and areas for outdoor entertainment. http://www.broward.org/Purchasing/Documents/HVSFinalReport04102013.pdf

The proposed headquarters hotel will be a first-class, full-service, high-rise, convention center hotel with at least 700-750 guest rooms and possibly 80,000 sq. ft. of meeting space. Facilities should include a pool, whirlpool, fitness center, business center, gift shop, and well-appointed lobby. The LEED-Gold-rated hotel will contain-high quality finishes and amenities typical of convention center hotels. Page 42 of 44 This project is in its preliminary planning phase and is not yet fully programmed. Consequently, estimated project costs are not available. However, a 2008 cost estimate for the hotel portion only was in the $300 million range. For preliminary planning purposes only, the cost for this expanded project may range from $312 Million to $550 million. However, actual cost estimates are not available until Broward County completes a master plan for the project and until a project development team and hotel brand is selected.

Scope of Work

The selected firm shall complete the following essential tasks:

Task 1: Spending and Employment Impacts. Estimate the amount of direct, indirect and induced spending and associated jobs created by each of the sources of impact identified below using an input-output model (IMPLAN):

. Construction

. Net new overnight visitor spending

1. Day visitor spending

a. Exhibitor spending

b. Event organizer spending

Task 2: Fiscal Impact. Estimate the new governmental tax revenue to the City of Fort Lauderdale and Broward County that would be generated by the proposed project.

Task 3: Impact on Neighboring Hotels. Measure the potential impact on the five primary and five secondary competing hotels identified on page 8-8 of the Needs Assessment and Market Strategy.

Project Deliverables

The selected firm is expected to provide the following work products:

1. A draft written report of findings within 30 days of the issuance of the Notice to Proceed; 2. Final Report within 45 days of the Notice to Proceed; 3. Presentation of the Final Report and PowerPoint presentation to the Board of County Commissioners at a date to be scheduled.

Page 43 of 44 Exhibit 2 - Billable Hourly Rates

SEE SEPARATELY POSTED EXCEL SPREADSHEET

To be completed as instructed and returned at the time of your RFP submittal

Page 44 of 44

Recommended publications